Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOURCES SOUGHT

C -- ACES 5 Ejection Seat

Notice Date
3/2/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
 
ZIP Code
78235-5119
 
Solicitation Number
ACES5_Replacement_Ejection_Seat
 
Archive Date
4/15/2009
 
Point of Contact
Alfort Belin III,, Phone: 2105364728, Moseley O Soule Jr,, Phone: 210-536-6507
 
E-Mail Address
alfort.belin@brooks.af.mil, moseley.soule@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (SSS); a market survey for information only. This is not a solicitation for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of potentially qualified sources; please do not request a copy of a solicitation, as one does not exist. The 77th Aeronautical Systems Group, Brooks City-Base TX is seeking sources for a requirement to acquire coherent, technically consistent, engineering and manufacturing development support that will enhance the survivability of aircrew members through improved performance, maintainability, and availability of the Advanced Concept Ejection Seat (ACES) family of ejection seat aircraft (A-10, B-1, B-2, F-15, F-16 and F-22) without aircraft modification. The principal goals of this effort are to develop and qualify modification improvements for the ACES II utilizing ACES 5 technologies that will keep pace with aircraft operational mission requirements, and address aircrew safety issues associated with high-speed/high altitude operating environments. Additionally, this effort will allow for an increase in ejection seat capability to support an expanded anthropometric aircrew range, extended ejection envelope for altitude and speed, and an improved maintainability capability that significantly reduces ejection seat maintenance downtime, resulting in increased aircraft operational availability. A primary goal is to develop improvements for potential retrofit of existing ACES II seats, or incorporation into new production ACES 5 ejection seats, without aircraft modification. Included in this effort will be research on ACES 5 enhancements to reduce neck loads. The respondent will develop, design, and build prototypes test articles that will demonstrate that a field-level modification can be retrofitted to existing ACES ejection seat aircraft without aircraft modification. The respondent shall furnish all plant facilities, labor, equipment, special tools, test equipment, and materials. Government drawings, tooling, and facilities to manufacture these ACES 5 technologies are not currently available. The respondent shall be willing to sell at least ninety percent of the manufacturing data to the Government with unlimited rights A contract may be issued to cover all engineering, manufacturing, qualification testing on applicable sub-systems, integration, and any necessary development testing associated with improving the operation and maintenance of the ACES family of ejection seats. This will be accomplished by incorporating controllable propulsion subsystems to optimize terrain clearance during the ejection sequence, upgrading ejection seat sequencing and sensing subsystems for safer/faster/more reliable operation, and allowing the ejection seat to be removed from its crew station without the requirement to remove the aircraft hatch, which will significantly increase aircraft availability. Additionally, this contract will address improving the ability to eliminate/mitigate limb flailing during high-speed ejection, and optimizing aircrew accommodation improvements for better access to aircraft controls and improved body position for aircraft operation and ejection. This contract will cover all engineering and manufacturing efforts required in support of trade studies, preliminary designs, final designs, and design verification to determine the merits of the services described above. Therefore, the Government is seeking interested firms to furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Business size (if 8(a) provide proof of certification, etc) under North American Industry Classification System (NAICS) 541330. (3) Under which NAICS does your company usually provide work identified above? Do you consider a NAICS code other than 541330 to be more appropriate as a classification for the work identified above? Please include the rational for your answer. (4) Which of the following would you see as your role in the performance of a potential requirement of this nature? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe. (5) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, address, telephone number and e-mail address of references. Also, provide a brief description of the work performed, and period of performance. Information on contracts must be the same or similar to the nature of this inquiry. Information submitted will be used for planning purposes. Responses should be directed to Capt Al Belin, 77 AESG/PSK, Contract Manager (email: Alfort.belin@brooks.af.mil) and secondary point of contact Lt Chuck McLeod, 648 AESS/TAA (chuck.mcleod@brooks.af.mil). This is a sources sought synopsis. This is not a request for proposal, and in no way commits the Government to an award of a contract. Reimbursement of any cost regarding the preparation of proposals or bids will not be made.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6535ad4ca632f9df41aaba607be5d87d&tab=core&_cview=1)
 
Record
SN01759486-W 20090304/090302214636-6535ad4ca632f9df41aaba607be5d87d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.